Closed Solicitation · DEPARTMENT OF COMMERCE

    NOTICE OF INTENT TO NEGOTIATE A SOLE-SOURCE CONTRACT

    Sol. 140802-26-0051Special NoticeSet-aside: Total Small Business Set-Aside (FAR 19.5)
    Closed
    STATUS
    Closed
    closed Dec 16, 2025
    POSTED
    Dec 10, 2025
    Publication date
    NAICS CODE
    333923
    Primary industry classification
    PSC CODE
    3950
    Product & service classification

    AI Summary

    The NOAA intends to negotiate a sole-source contract for RPC-90x units and a modified enclosure from Rugged Controls. This procurement is essential for maintaining operational efficiency on NOAA vessels. Interested parties authorized by the OEM may submit capability statements by December 16, 2025, for consideration.

    Contract details

    Solicitation No.
    140802-26-0051
    Notice Type
    Special Notice
    Set-Aside
    Total Small Business Set-Aside (FAR 19.5)
    Posted Date
    December 10, 2025
    Response Deadline
    December 16, 2025
    NAICS Code
    333923AI guide
    PSC / Class Code
    3950
    Contract Code
    1330
    Primary Contact
    CANCELA, ALEXANDER
    AI Product/Service
    both

    Description

    The US Department of Commerce (DOC), National Oceanic and Atmospheric Administration (NOAA), Office of Marine and Aviation Operations (OMAO),NOAA Ship Nancy Foster is requesting three (3) RPC-90x-SA-MEA-REN units safe area measurement assemblies with rear enclosures and one (1) modified RA-90x-DE-SA-D01 enclosure customized to support four winch sensors with top-entry cabling; Eight (8) hours of vendor labor to configure modifications and prepare assemblies for installation. These units and configurations will be provided by Rugged Controls located at 4211 24th Avenue West Seattle, WA 98199. NOAA vessels rely on multiple winch systems for the deployment and retrieval of scientific instrumentation. The RPC-90x units provide updated measurement capability in a safe-area housing, while the modified RA-90x enclosure supports integration of four winch sensors through a consolidated top-entry arrangement. This the system brings into alignment with NOAA operational expectations for reliability, maintainability, and sensor interface compatibility. The intended use is to provide stable, accurate winch wire tension to critical and sensitive bridge navigation equipment and scientific equipment installed on these ships. Other manufacturer’s products will require a completely new installation, mounting and training for both the User/Operators and Maintainers who are the Chief Electronic Technician on each individual vessel. The training and support change will be more costly and more difficult to complete. Installation for RPC-90x could be completed while underway, and it is nearly a one for one swap and no training is required. In addition, other manufactured winch control display will require the vessel to be dockside for at least 1 to 2 weeks. This again a costly investment. The Original Equipment Manufacturer; hold proprietary rights to the design and configuration of these winch control displays, no other vendors have the necessary materials to perform the requested actions. The Government is not aware of any other vendors that are authorized to sell and configure the Rugged Controls RCP-90Xs therefore; the Government intends to acquire these parts/ service under the guidelines of FAR Part 13, Simplified Acquisitions Procedures and FAR Part 12, Commercial Items. The Government intends to solicit and negotiate directly with Rugged Control under the authority of FAR 13.106-1(b)(1)). This is not a solicitation for competitive quotes. However, if any interested party that can provide these parts and service and are authorized dealer, seller, and/or distributor by the OEM, without delaying or adding additional mark ups or compromising any warranties, may submit a statement of capabilities, in which if in timely received, will be considered by NOAA, OMAO. A statement of capabilities shall include the detailed of RPC-90x, OEM authorization letter, and a price list including installation, configuration services, this shall be received by 5:00pm EST on Tuesday, December 16, 2025 at 5pm ET. A determination by the Government not to compete this proposed requirement is based upon responses to this notice and it is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement in the future. Evidence must be provided of the Rugged Control Winch Display RPC-90X. The capability statement, a price list and any other information furnished must be in writing and must contain material in sufficient detail to allow the Government to determine if the party can meet the requirement. Capability statements and related materials must be e-mailed by 5:00pm EST on December 16, 2025 to alexander.cancela@noaa.gov.

    Key dates

    1. December 10, 2025Posted Date
    2. December 16, 2025Proposals / Responses Due

    AI search tags

    Frequently asked questions

    NOTICE OF INTENT TO NEGOTIATE A SOLE-SOURCE CONTRACT is a federal acquisition solicitation issued by DEPARTMENT OF COMMERCE. Review the full description, attachments, and submission requirements on SamSearch before the response deadline.

    SamSearch Platform

    Stop searching. Start winning.

    AI-powered intelligence for the right opportunities, the right leads, and the right time.